Date Posted 2/23/2018

Buckhead Community Improvement District

Request for Qualifications

To Provide

Consultant Services for the Piedmont Road (SR 237) / Roswell Road (SR 9) / Habersham Road Improvements Scoping Study

P.I. # 0015931

RFQ-032318 Qualifications Due: March 23, 2018

Buckhead Community Improvement District 3340 Peachtree Road, N.E. 100 Tower Place, Suite 1640 , 30326

v. 11-15-16 1

RFQ-032318

REQUEST FOR QUALIFICATIONS RFQ-032318

Consulting Services for the Piedmont Road (SR 237) / Roswell Road (SR 9) / Habersham Road Intersection Improvements Scoping Study

I. General Project Information

A. Overview

The Buckhead Community Improvement District (BCID) is soliciting SOQs from qualified firm(s) to provide Consultant Services for the Piedmont Road (SR 237) / Roswell Road (SR 9) / Habersham Road Intersection Improvements Scoping Study.

This Request for Qualifications (RFQ) seeks to identify potential providers for the Scope of Services for the project/contract listed in Exhibit I. Firms that respond to this RFQ, and are determined by BCID to be sufficiently qualified, may be deemed eligible, and invited to offer a technical approach and/or possibly present and/or interview for these services. All respondents to this RFQ are subject to instructions communicated in this document, and are cautioned to completely review the entire RFQ and follow instructions carefully. BCID reserves the right to reject any or all Statements of Qualifications or Technical Approach, and to waive technicalities and informalities at the discretion of BCID.

B. IMPORTANT- A RESTRICTION OF COMMUNICATION IS IN EFFECT FOR THIS PROJECT.

From the advertisement date of this solicitation until successful respondents are selected and the award is made official and announced, firms are not allowed to communicate about this solicitation or scope with any staff of BCID and BCID Board Members, except for the submission of questions as instructed in the RFQ, or with the contact designated in RFQ Section VIII.C., or as provided by any existing work agreement(s). For violation of this provision, BCID reserves the right to reject the submittal of the offending respondent.

C. The Georgia Department of Transportation (Department) Board has adopted a 15% overall annual goal for DBE participation on all federally funded projects. This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint-venture or mentor/ protégé relationship.

Buckhead Community Improvement District will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan.

For more information on the GDOT DBE Program please contact:

Georgia Department of Transportation Equal Opportunity Division One Georgia Center, 7th Floor 600 West , NW Atlanta, Georgia 30308 Phone: (404) 631-1972

D. Scope of Services

Under the terms of the resulting Agreements, the selected consultants will provide engineering and planning services for the the Piedmont Road (SR 237) / Roswell Road (SR 9) / Habersham Road Intersection Improvements Scoping Study. The anticipated scope of work for the project/contract is included in Exhibit I.

E. Contract Term and Type

BCID anticipates one (1) contract to be awarded to one (1) firm, for the project/contract identified. BCID anticipates that the Contract Type will be paid via Firm Fixed Price methodology. As a Project Specific contract, it is the BCID’s intention that the Agreements will remain in effect until successful completion of the preliminary 2

RFQ-032318 engineering phase of the project, and may choose to utilize the selected consultant for use on construction revisions as necessary.

F. Contract Amount

The Project Specific contract amount will be determined via negotiations with the BCID. If the BCID is unable to reach a satisfactory agreement and at reasonable rates to be paid for the services to be provided, the BCID reserves the right to terminate negotiations with the highest scoring finalist and begin negotiations with the next highest scoring finalist.

II. Selection Method

A. Method of Communication

All general communication of relevant information regarding this solicitation will be made via the BCID website (www.buckheadcid.com) under RFQ-032318. All firms are responsible for checking the website on a regular basis for updates, clarifications, and announcements. BCID reserves the right to communicate via electronic-mail with the primary contact listed in the Statements of Qualifications. Other specific communications will be made as indicated in the remainder of this RFQ.

B. Phase I - Selection of Finalists

Based on the Statements of Qualifications submitted in response to the projects/contracts listed in this RFQ, the Selection Committee will review the Experience and Qualifications and Resources and Workload Capacity listed in Section IV. Selection Criteria for Phase I. The Selection Committee will discuss the top submittals and the final rankings of the top submittals will be determined. From the final rankings of the top submittals, the Selection Committee will identify three (3) to five (5) firms which will be shortlisted.

All firms must meet the minimum requirements as listed in Section IV.A. below.

C. Finalist Notification for Phase II

Firms selected and shortlisted as finalists will receive notification and final instructions from BCID regarding the Phase II – Technical Approach response.

D. Phase II - Finalists Response on Technical Approach and Past Performance

BCID will request a Technical Approach of the three (3) to five (5) finalist firms for the project/contract. BCID reserves the right to request a presentation/interview on any project/contract as determined in its best interests; however, this additional requirement shall typically be reserved for the most complex projects. Each finalist firm shall be notified in writing and informed of the Technical Approach due date. Any additional detailed Technical Approach instructions and requirements, beyond that provided in Section V. Selection Criteria for Phase II, for the finalists will be provided in the Finalist Notification. All members of the Selection Committee will review the Technical Approach (and will attend the presentation/interview if so chosen). Firms shall not address any questions, prior to the award announcement, to anyone other than the designated contact.

E. Final Selection

Final selection will be determined by carrying the scores from Phase I forward for each Finalist and by evaluating the Technical Approach and Past Performance criteria for Phase II. The Selection Committee will discuss the Finalist’s Phase II Responses and the final rankings will be determined.

Negotiations will then be initiated with the top-ranked firm(s) to finalize the terms and conditions of the contract(s), including the fees to be paid. In the event a satisfactory agreement cannot be reached with the highest-ranking firm(s), BCID will formally terminate the negotiations and possibly enter into negotiations with the second highest- ranking firm, and so on in turn until a mutual agreement is established and BCID awards a contract. The final form of the contract shall be developed by BCID.

3

RFQ-032318

III. Schedule of Events

The following Schedule of Events represents BCID’s best estimate of the Schedule that will be followed. All times indicated are prevailing times in Atlanta, Georgia. BCID reserves the right to adjust the Schedule as BCID deems necessary.

PHASE I DATE TIME

a. BCID issues public advertisement of RFQ -032318 2/23/2018 ------

b. Deadline for submission of written questions and requests for clarification 3/9/2018 2:00 PM

c. Deadline for submission of Statements of Qualifications 3/23/2018 2:00 PM

d. BCID completes evaluation and issues notification and other information to 3/30/2018 finalist firms

PHASE II

e. Deadline for submission of written questions from finalists 4/6/2018 2:00 PM

f. Phase II Response of Finalist firms due 4/20/2018 2:00 PM

IV. Selection Criteria for Phase I - Criteria for Evaluation of Statements of Qualifications

A. Area Class Requirements and Certification

Presented teams must be prequalified in the indicated Area Class(es) in order to be evaluated. Required proof of prequalification shall be submitted as indicated in Section VI.B.4. below. All Submittals will be pre-screened to verify that the Prime consultant has the required Area Class(es) and that the overall team has the required Area Class(es). Any submittal in which the Prime consultant or the overall team area class requirements are not met will be disqualified from further consideration.

Each submittal will require a certification to allow the BCID to analyze risks in determining if any Firm should be ineligible for award. The certification shall cover a wide variety of information. Any firm which responds in any potentially concerning manner must provide additional information as directed herein for consideration by BCID to determine if Firm is eligible for award.

B. Project Manager, Key Team Leader(s) and Prime’s Experience and Qualifications – 30%

The Selection Committee will evaluate all firms on their Experience and Qualifications, which shall account for a total of thirty (30%) percent of the total evaluation. The following criteria for scoring Phase I of the evaluation will be utilized to determine which firms are shortlisted:

1. Project Manager education, registration, relevant engineering experience, relevant project management experience, experience in utilizing GDOT specific processes, manuals, or guidance. 2. Key Team Leaders’ education, registration, relevant technical experience, and relevant experience in utilizing GDOT specific processes, manuals, or guidance. 3. Prime Consultant’s experience in delivering projects of similar complexity, size, scope, and function.

C. Project Manager, Key Team Leader(s) and Prime’s Resources and Workload Capacity – 20%

4

RFQ-032318 The Selection Committee will evaluate all firms on their Resources availability and Workload Capacity which shall account for a total of twenty (20%) percent of the total evaluation. The following criteria for scoring the Resources and Workload Capacity will be utilized to determine which firms are shortlisted:

1. Project Manager Workload 2. Workload capacity of Key Team Leader(s) 3. Resources dedicated to delivering project 4. Ability to Meet Project Schedule

V. Selection Criteria for Phase II - Criteria for Evaluation of Technical Approach and Past Performance

A. Technical Approach – 40%

The Selection Committee will evaluate the shortlisted firms (Finalists) on their Technical Approach, which shall account for a total of forty (40%) percent. The Selection Committee shall utilize the following additional criteria for scoring Phase II of the evaluation to determine the highest ranked/most qualified (NOTE: Scores from Phase I will be carried forward and combined with the scores from the Phase II to determine the final ranking of Finalists):

1. Provide any unique technical approaches your firm offers relative to addressing anticipated design concepts, use of any alternative methods for delivery (if applicable), and/or management of the project. 2. Identify any unique challenges of the project and how your firm intends to mitigate these challenges, including quality control, quality assurance procedures. Provide any specific qualifications, skills, knowledge of the project and project area which may uniquely benefit the firm and project, and your ability and willingness to meet time requirements.

B. Past Performance – 10%

The Selection Committee may consider information provided via references provided for relevant projects, knowledge any selection committee member has of performance on relevant projects, and performance evaluations or knowledge presented on GDOT projects. The Selection Committee will consider all factors in their totality and score from 0 to 10 when arriving at a final score for the Past Performance.

VI. Instructions for Content and Preparation of Statements of Qualifications – Phase I Response

The Statements of Qualifications submittal must be submitted in accordance with the instructions provided in Section VIII, and must be organized, categorized using the same headings (in red), and numbered and lettered exactly as outlined below, and must be responsive to all requested information. For the sections in which page number limits are stated, each section with a stated limit must begin on a new page and end on the last page allowed for the section. It is not allowed to begin new sections on a page allowed for a previous section, if applicable. This will enable the BCID to ensure compliance with the page limitations.

Cover page – Each project/contract submittal must have a separate cover page for each copy of each submittal for each project/contract and each must list the RFQ#, RFQ Title, proposing firm’s full legal name and the specific project contract being submitted on to include the Project Numbers, PI Numbers, County(ies), and Description.

A. Administrative Requirements

It is required to submit the information below for each copy of each submittal. This is general information and will not be scored but may be used to determine eligibility for selection. Under Administrative Requirements section, only submit the information requested; additional information will be subject to disqualification of your firm.

1. Basic company information:

5

RFQ-032318 a. Company name. b. Company Headquarter Address. c. Contact Information - Name and all contact information (telephone number(s) and e-mail address) of primary proposing contact (this will be the individual with whom the BCID will direct all communications). d. Company website (if available). e. Georgia Addresses - Identify and provide addresses for the offices located in the State of Georgia. f. Staff - List the number and disciplines of staff members employed in each office in the State of Georgia. g. Ownership - Provide form of ownership, including state of residency or incorporation, and number of years in business. Is the Offeror a sole proprietorship, partnership, corporation, limited liability Corporation, or other structure?

2. Certification Form - Complete the Certification Form (Exhibit “II” enclosed with RFQ), and provide a notarized original within the firm’s Statement of Qualifications. This is to be submitted for the Prime ONLY. 3. Georgia Security and Immigration Compliance Act Affidavit – Complete the form (Exhibit “III” enclosed with RFQ), and provide a notarized original within the firm’s Statement of Qualifications. This is to be submitted for the Prime ONLY. 4. Addenda - Signed cover page of any Addenda issued for the Prime ONLY.

B. Experience and Qualifications

1. Project Manager - Provide information pertaining to the project manager, including but not limited to:

a. Education. b. Registration (if necessary and applicable.) c. Relevant engineering experience. d. Relevant project management experience for projects of similar complexity, size, scope, and function. e. Relevant experience utilizing GDOT specific processes, manuals, or guidance (Plan Development Process, Design Policy, Environmental Procedures Manual, etc.).

This information is limited to two (2) pages maximum.

2. Key Team Leaders - Provide experience of Key Team Leaders (defined as those individuals who oversee project areas determined as particularly important to each specific project, refer to the Project Description in Exhibit I, specifically Section 7 for the list of Key Team Leaders for each Project). For each Key Team Leader identified provide:

a. Education. b. Registration (if necessary and applicable.) c. Relevant experience in the applicable resource area of the most relevant projects. d. Relevant experience utilizing GDOT specific processes, manuals, or guidance (PDP, Design Policy, Environmental Procedures Manual, etc.) which are specific to the key team leader’s area.

This information is limited to one (1) page maximum for each Key Team Leader identified in Section 7 of each Exhibit I. Respondents submitting more than one (1) page for each Key Team Leader identified will be subject to disqualification. Respondents who provide more Key Team Leaders than what is outlined in the requirement will be subject to disqualification as this would provide an advantage over firms who complied with the requirement and had the required number of Key Team Leaders. Respondents who do not provide the required Key Team Leaders will be subject to disqualification as this does not meet the requirements of the project and therefore would deem the respondent and its team unqualified for the award.

3. Prime Experience - Provide information on the prime’s experience and ability in delivering effective services for projects of similar complexity, size, scope, and function, which demonstrate the firm's capabilities to provide services for BCID. For each project, the following information should be provided:

a. Client name, project location and dates during which services were performed. b. Description of overall project and services performed by your firm. c. Duration of project services provided by your firm, and overall project budget. d. Experience utilizing GDOT specific processes, manuals, or guidance (PDP, Design Policy, Environmental Procedures Manual, etc.) 6

RFQ-032318 e. Client(s) current contact information including contact names and telephone numbers. f. Involvement of Key Team Leaders on the projects.

This information is limited to two (2) pages maximum.

4. Area Class Summary Form and Notice of Professional Consultant Qualifications - Prime Consultants are defined as the firm submitting the Statement of Qualifications and the firm with whom BCID will contract. The Team is defined as the Prime Consultant and their sub-consultants, who are considered team members. Prime Consultants and their sub-consultant team members must meet the Area Class requirements listed in Exhibit I for each project on which they apply. In regards to the required Area Classes, for each project/contract on which they apply, respondents should submit a summary form (example provided in Exhibit IV) which details the required area classes for the Prime Consultant and all sub-consultants or joint- venture of consultants on the team listed in the Statement of Qualifications. The area classes and firm’s meeting the area classes listed on the summary form must meet all required area classes or the team will be disqualified. If a team member’s prequalification will expire prior to the due date of the SOQs, documentation must be provided which shows that the firm has submitted its application for prequalification prior to the SOQ due date. The team must maintain its prequalification certification in order to be considered eligible for award if selected. Additionally, respondents should submit the Notice of Professional Consultant Qualifications (for the Prime Consultant and all sub-consultants for each project) issued by GDOT and attach after the Area Class summary form.

This information is limited to the one page for the Area Class table (unless the project needs require an extensive list of area classes) and the required Notice of Professional Consultant Qualifications.

C. Resources/Workload